Repair Motional Transducer
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking proposals for the repair of Motional Transducers (NSN: 6695-01-279-8671, P/N: 542AY7) used on MH-60T aircraft. This is a combined synopsis/solicitation (RFQ) for a firm-fixed price purchase order. Quotations are due by February 5, 2026, at 2:00 PM EST.
Opportunity Details
This requirement is for the test, evaluation, and repair of four (4) Motional Transducers. The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) holds sole authority for approving sources for this item. Consequently, this is an unrestricted requirement but is anticipated to be awarded on a sole source basis to Rosemount Aerospace Inc., the Original Equipment Manufacturer (OEM), or other NAVSUP WSS/OEM authorized concerns. The justification for other than full and open competition cites Rosemount Aerospace Inc. as the only approved source possessing the necessary technical data and capabilities.
Scope of Work
The contractor will perform test and evaluation to determine component condition. Components found to be No Fault Found (NFF) will be returned as-is, while Beyond Economical Repair (BER) components will be subject to disposition. Non-RFI components must be repaired to OEM functional performance specifications, including inspection, deficiency correction, and corrosion removal, adhering to OEM specifications and FAA Advisory Circular AC 43-4B. The contractor is responsible for providing all necessary parts, materials, labor, tooling, test equipment, and facilities. Repairs must be completed within 90 days after induction, with test and evaluation within 15 days.
Key Requirements & Deliverables
Offerors must be NAVSUP WSS certified and maintain a quality system compliant with ISO 9001-2000. Compliance with specific Occupational Safety and Health Standards is also required. Repaired components must be airworthy, Ready For Issue (RFI), and include a Certificate of Airworthiness, Certificate of Conformance (COC), failure data report, serial number tracking, and a Component Repair Record (CRR). No drawings, specifications, or schematics are available from the agency.
Contract & Submission
- Solicitation Number: 70Z03826QJ0000049
- NAICS: 488190 (Small Business Size Standard: $40 million)
- Contract Type: Firm-Fixed Price Purchase Order
- Set-Aside: Unrestricted (Sole Source to NAVSUP WSS approved sources)
- Response Due: February 5, 2026, 2:00 PM EST
- Anticipated Award: On or about February 6, 2026
- Submission: Email quotations to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. The subject line must include "70Z03826QJ0000049".
- Pricing: Bidders must complete Attachment 1 – Schedule-70Z03826QJ0000049, specifying unit prices, lead time, and F.O.B. information. An option for increased quantity (repair of three additional items) is included.
- Terms & Conditions: Attachment 3 outlines applicable FAR clauses, security prohibitions, and specific requirements for quality assurance, packaging, shipping, and invoicing. Attachment 5 provides wage determinations for Minnesota.